SOLICITATION NOTICE
59 -- Cisco hardware and Software
- Notice Date
- 5/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-12-R-CISCO
- Response Due
- 5/30/2012
- Archive Date
- 7/29/2012
- Point of Contact
- Dennis Donaldson, 575-678-5453
- E-Mail Address
-
MICC - White Sands Missile Range
(dennis.g.donaldson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W9124Q-12-R-CSCO and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. 001, Cisco 3845 Security Bundle-Router-Gigabit Ethernet-desktop, 2, EA; 002, Cisco VPN Advanced Integration Module-Cryptographic accelerator-plug-in module-for Cisco 3725,3745, 3825, 3825 V3PN, 3845, 3845 V3PN, 2, EA; 003, Cisco upgrade from 64MB to 256MB-Flash memory card-192 MB- CompactFlash-for Cisco 3825, 3825V3PN, 3825C, 3845, 3845 V3PN, 3845C, 2, EA; 004, CISCO MAXIMUM Compact and USB Flash Factory only, 2, EA; 005, Cisco-USB flash drive-256MB-with 256MB CompactFlash Card- for Cisco 2811 2-pair, 28XX, 28XX 4-pair, 28XX V3PN, 38XX, 38XX V3PN, 2, EA; 006, Cisco upgrade from 512MB to 1024MB-Memory-512MB-DDR-for Cisco 3825, 3825 V3PN, 3845, 3845 V3PN, 3845C, 2, EA; 007, Cisco-Power supply-hot-plug (plug-in module)-for Cisco 3845, 3845 V3PN, 3845C, 2, EA; 008, Cisco-Power Suppy-hot-plug (plug-in module)-for Cisco 3845, 3845 V3PN, 3845C, 2, EA; 009, Cisco-Power cable-NEMA 5-15 (M)- IEC 320 EN 60320 C13 (F) - United States-for Catalyst 3560V2-24, 3560V2-4, 4, EA; 010, Cisco-Voice/fax module-plug-in module (8 channels) - for Cisco 2611,2621, 2651, 2811, 2821, 2851, 2901, 2911, 2921, 2951, 3825, 3845, 3925, 39, 2, EA; 011, CISCO ISR GIGE HS WIC 1 SFP SLOT-SPARE, 1, EA; 012, ETHERSWITCH SVC MOD 2310/100T + 1 GE IP BASE, 1, EA; 013, CISCO Branch RTR Series NTWK Analysis MOD, 1, EA; 014, Cisco 3845 AISK9-AISK9 Feat Set Factory UPG for Bundles, 2, EA; 015, Feature LIC IOS SSL VPN UP to 25U Incremental, 1, EA; 016, Cisco Branch routers series NAM S/W 3.6, 1, EA; 017, Core Cisco GE SFP LC CONN LX LH XCVR, 1, EA; 018, Cisco 1000BASE-T SFP, 4, EA; 019, SMARTNET 8X5XNBD 3845 Security Bundle, 2, EA; 020, SWCH CAT3750 24 10/100/1000T 4 SFP ENH MULTI LYR, 2, EA; 021, StackWise stacking cable - 1.6 ft-Included, 2, EA; 022, SMARTNET 8X5XNBD SVC WSC3750G24TSE1U-, 2, EA; 023, Cisco IP Phone 7960G - VOIP phone-H.323, MGCP, SCCP, SIP- silver, dark gray-, 2, EA; 024, Cisco CALLMANGER Unit LIC for 1 CP-7960, 2, EA; 025, IP Phone PWR Transformer 7900 Phone series, 2, EA; 026, North American Power Cord for Cisco 7900 Phones-included, 2, EA; 027, Cisco Locking Wallmount Kit for 7910, 7940, 7960, 2, EA; 028, WS-2620-Cisco IP Phone Push-To-Talk Handset GRY, 2, EA; 029, Plantronic Encore H101 Headset, 2, EA; 030, Smartnet 8X5XNBD SVC CP-7960G=, 2, EA; The following items must be, Exact Match Only. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Registration: FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, the following clauses in paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: DFARS 252.203-7002, Requirement to Inform Employees of Whitleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph (a) and the following clauses in paragraph (b): 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023 Alt III. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: AFARS 5152.209-4000, DOD Level I Antiterrorism (AT) Standards. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. Questions concerning this buy must be submitted at least 24 hours days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Partial submissions will not be evaluated. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco's current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ac5f3d8f0e9cd49cff3f0ad7b7ae0816)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02758531-W 20120527/120525234503-ac5f3d8f0e9cd49cff3f0ad7b7ae0816 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |